Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
MODIFICATION

U -- Dog Training Program

Notice Date
3/13/2020 1:56:42 PM
 
Notice Type
Solicitation
 
NAICS
624120 — Services for the Elderly and Persons with Disabilities
 
Contracting Office
FCI WASECA WASECA MN 56093 USA
 
ZIP Code
56093
 
Solicitation Number
15B41520Q00000012
 
Response Due
4/13/2020 2:00:00 PM
 
Archive Date
04/28/2020
 
Point of Contact
Jeremy A. Essler, Phone: 5078374516, Stephanie Borchert, Phone: 5078339361
 
E-Mail Address
jessler@bop.gov, sborchert@bop.gov
(jessler@bop.gov, sborchert@bop.gov)
 
Description
A.1.1���� SUBJECT The Federal Bureau of Prison, Federal Correctional Institution (FCI) Waseca, Minnesota intends to make a single award for one base year and four option years, with the possibility of a six month extension, to a responsible entity for the provision of a Vocational Training Program in the area of Dog Trainer Certificate.� The course is a twelve month certificate program for qualified inmates.� The types of services will include but are not limited to: course planning and lesson preparation, classroom instruction in the specialized areas of dog obedience, street certification skills, grooming and husbandry skills, and other specialized areas to receive animal trainer certification.� The contractor will supply FCI Waseca with an instructor and a minimum of ten (10) quality puppies of known lineage and two (2) �finishing� dogs of known lineage within thirty (30) days of the contract award.� The contractor is responsible for providing all supplies for the dogs including crates, leashes, collars, toys, food, treats, grooming supplies, medicine and medical attention.� The provisions of all training equipment (wheelchairs, door pulls, weights, etc.) associated with the upkeep of the dogs and all record keeping associated with the program is also the responsibility of the contractor.� Upon completion of the program, the contractor is responsible for placement of the dogs back into the community.� Each class size will not exceed 28 students.� A complete description of the services desired is included in Section A.1.3 Program Specifications. A.1.2 ��� PLACE OF PERFORMANCE The Dog Trainer Certificate Program will be taught at Federal Correctional Institution Waseca in Waseca, Minnesota. A.1.3���� PROGRAM REQUIREMENTS The contractor awarded this contract at a minimum; must have successfully completed a certification program in a Dog Obedience Training Program and have experience as a professional instructor, teaching dog obedience.� The contractor will provide a copy of all diplomas and/or certificates and professional instructor experience, with contact information, to support stated qualifications.� The curriculum, lesson plans and routine organizations of the program will be the responsibility of the contract instructor.� In addition, the instructors will be responsible for initiating communication with the COR.� The course will consist of approximately 28 eligible students.� The contractor will work jointly with the Bureau of Prisons (BOP) staff in the retention of and recommendation for the continued participating of students for the program.� The contractor will provide the program curriculum to the COR prior to the start of the program.� Curriculum topics should include, but are not limited to the following:� Introduction of dog obedience, general safety, knowledge and proper training techniques, dog obedience skills, dog obedience commands, dog obedience occupations, dog safety, grooming, health care, and basic communication skills.� The determination of successful completion will be the sole determination of the Dog Obedience Instructor based on the fulfillment of classroom assignments and projects, a demonstration of the proficiency in all related skills and completion of a minimum number of hours of on-the-job training or as practical lab experience. The services provided are for non-personal education services, as defined in the Federal Acquisition Regulations (FAR), Part 37.101, under which the contractor is not an employee, but a contractor.� The Government may evaluate the quality of professional and administrative services provided, but retains no control over the professional aspects of services rendered.� The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance.� These services, although not directly supervised, will be under the administrative review of the Supervisor of Education, and the performance of these services will be verified by the designated COR.� A.1.4���� SUPPLIES AND EQUIPMENT Classroom equipment, utilities, boarding space, outside kennels, cleaning supplies, textbooks, and other related supplies will be provided by FCI Waseca.� Equipment not provided by the Education Department will be provided by the contractor.� The institution will also provide access to a telephone, photocopy machine, fax machine, and miscellaneous office supplies and equipment necessary to complete the Program Specifications.� Photocopies will be provided for the contractor; however, the instructors will be required to make their own copies as part of their lesson preparations.� Furthermore, only those materials which do not violate Federal copyright laws may be reproduced.� If special equipment is required by the contractor, a request in writing should be submitted to the Supervisor of Education prior to bringing into the institution. A.1.5���� SCHEDULE It is estimated the contractor will conduct one (1) session per week.� Each session is defined as two (2) hours in length.� This estimate is not a representation to an offer or contractor that the estimated quantity will be required or ordered, or conditions affecting requirements will be stable or normal. �The COR will agree on the exact hours of instruction.� The Government anticipates the following schedule (Schedule is subject to change with the needs of the Government): COR plans to schedule one (1) session per day, one (1) day per week between the hours of 12:00 pm and 3:00 pm, Monday through Thursday, excluding all federal holidays.� The day will be determined by the COR and contractor. � In the event of any absence of the instructor, the contractor shall provide replacement coverage.� If the contractor fails to provide coverage, the Government may seek contractual remedy. Due to the nature of the correctional setting, delays in performance of work may be expected.� Such delays include, but are not limited to inclement weather, electrical or mechanical problems or other security matters. A.1.6���� INMATE MANAGEMENT Provision of services under the contract will require frequent, unsupervised contract with inmates.� The contractor is to be constantly aware of security issues and maintain a professional relationship with inmates at all times.� Any violation of institution rules and regulations are to be brought immediately to the attention of an appointed Government employee in order for prompt, proper action.� There will be an open line of communication between the contractor and the BOP Education and Unit Management staff to ensure that students who are enrolled in the program are satisfactorily participating in the program.� The contractor will not be responsible for the management of inmates other than to ensure that those inmates involved in activities within the contractor�s scope of services shall abide by all rules in effect to insure their safety and well-being.� The instructor may be asked to provide documentation to the COR in regard to any infractions of institution regulations on the part of an inmate.� The accountability and supervision of inmates will be the sole responsibility of the BOP staff. A.1.7���� INSTITUTION SECURITY The Contractor shall adhere to all federal, state, and local laws and regulations in effect during the term of this contract.� Contract staff shall adhere to all policies and procedures prescribed by the BOP relating to the safety, custody, and conduct of inmates.� The contractor must attend an orientation/security program provided by the institution prior to assuring any institutional involvement. A.1.8 NONPERSONAL POSITION This service is a contractual agreement and not a personnel appointment. Payment is based on an end product or the accomplishment of a specific result.� The service does not constitute an employer/employee relationship.� The contractor will not be subject to Government supervision, except for security related matters.� However, contractor performance shall be monitored.� The COR will periodically evaluate the contractor�s performance of the contract.� In this evaluation, the performance of the individual contractor instructor will be evaluated.� If the performance of an individual contract instructor is deemed unacceptable, the contractor will be responsible for immediately replacing that contract instructor.� All contract personnel providing services within the confines of the FCI shall have a complete background investigation conducted in accordance with BOP Policy.� See also Section A.1.7 of this solicitation /contract entitled �Institution Security.�� Due to the sensitive nature of the correctional environment, trainers are expected to:� 1) be prompt in reporting to work in order to support the inmate accountability policy; 2) adhere to the Privacy Act of 1974 and Freedom of Information Act All trainers are required to submit a resume which must include a complete work history. The following investigative procedures will be applied to contractors working under the terms of the proposed contract NCIC check (National Crime Information Center) HSPD 12 DOJ-99 (Name Check) FD 258 (Fingerprint Check) Voucher of employers over the last 5 years SF-171 (Personal Qualification Statement) OPM-329-A (Authority for Release of Information) Urinalysis test for detection of drugs and marijuana usage (Positive test precludes individual employees of the contract from working within the insinuation) Schedule of Required Insurance���� As required by FAR 52.228-5 entitled �Insurance � Work on a Government Installation,� the Contractor shall, at its own expense, provide and maintain during the entire performance of the resulting contract, at least the kinds of minimum amounts of insurance required as listed below:� Worker�s Compensation & Employees Liability: $100,000.� The required workers compensation insurance shall extend to cover employer�s liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000.00.� Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained.� The policies evidencing required coverage shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government�s interest shall not be effective (1) for such period as the laws of the state in which this contract is to be performed, or (2) under 30 days after insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5a2871403ba845328f144de567e00f83/view)
 
Place of Performance
Address: Waseca, MN 56093, USA
Zip Code: 56093
Country: USA
 
Record
SN05588164-F 20200315/200313230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.